Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 24, 2007 FBO #1916
SOLICITATION NOTICE

T -- A76 Streamlined Cost Comparison Study Office of Public Affairs Photographic Services

Notice Date
2/22/2007
 
Notice Type
Solicitation Notice
 
NAICS
541922 — Commercial Photography
 
Contracting Office
Department of Commerce, Office of the Secretary, Commerce Acquisition Solutions, Office of the Secretary, 14th & Constitution Avenue NW Room 6514, Washington, DC, 20230, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
SA13017RP0007
 
Response Due
3/19/2007
 
Archive Date
4/15/2007
 
Small Business Set-Aside
Total Small Business
 
Description
Department of Commerce, Commerce Business Solutions, Office of Acquisition Management and Financial Assistance, Herbert C. Hoover Building, Room 6422, 1401 Constitution Avenue, NW, Washington, DC 20230, UNITED STATES POSTING OF SOLICITATION AND ATTACHMENTS This is a Solicitation Notice for an OMB Circular A-76 (Revised, May 2003) Public-Private Competition, using the Streamlined Competition Process, to provide Commercial Photography performed with the Office of Public Affairs located in Washington, D.C. The incumbent service providers affected by this public-private competition are approximately four (4) Government personnel. If the cost comparison results in contract performance, the contract performance period will include the base performance period to commence April 2, 2007 through March 31, 2008 with four one-year options that shall span through March 31, 2012. The base period of performance will include a transition period not to exceed ninety (90) days. A performance-based, firm fixed-price type contract is anticipated. THIS IS A 100% TOTAL SMALL BUSINESS SET-ASIDE Request for Proposal (RFP). The intent is to select a prospective provider (private or public) whose offer or tender conforms to the solicitation requirements and is based on the lowest price, technically acceptable (LPTA) offer, as defined in FAR 15.101-2 and the OMB Circular, A76 (Revised May 2003). Government personnel adversely affected by conversion of Government- performed services to contract have Right of First Refusal for jobs for which they are qualified, in accordance with FAR 15.1. All potential Offerors are reminded, in accordance with FAR 52.204-7, CENTRAL CONTRACTOR REGISTRATION (OCT 2003), lack of registration in the CCR database will make an Offeror ineligible for award. Offerors shall provide a proposal for each of the following line items: CLIN 0001 BASE PERIOD-Effective Date of Contract Award through twelve Months anticipated April 2, 2007 through March 31, 2008; CLIN 0002 Option Year I April 1, 2008 through March 31, 2009; CLIN 0003 Option Year II April 1, 2009 through March 31, 2010; CLIN 0004 Option Year III April 1, 2010 through March 31, 2011; CLIN 0005 Option Year IV April 1, 2011 through March 31, 2012, including Phase In and Phase Out support change management. EVALUATION METHOD The evaluation factors are: FACTOR 1 Technical Approach; FACTOR 2 - Past Experience; and, FACTOR 3 Price. Factor 1 is more important than Factor 2. Factor 3 will not be separately scored; however, it will be evaluated for cost realism. For Factor 1, unless otherwise stated, all sub factors are considered of equal importance. FACTOR 1 Technical Approach, including key personnel resumes. Proposal responses to this Factor shall include the following plans: a-Cost Reduction Management Plan for the entire length of the contract; b-Transition Management Plan for the transition phase only; c-Performance Requirements Summary for a phase-in and phase-out plan. Each Offeror will be required to develop performance measures and reporting matrixes to be included in the Performance Requirements Summary plan as follows: The Contractor shall prepare reports, plans, specifications and all other documentation as set forth in this RFP. All documentation shall be complete, thorough, accurate, and consistent with defined standards. Each document shall be complete within itself, and references to other publications shall be held to a minimum. Plans and other written deliverables will be reviewed and approved by the COTR/Task Manager. The Contractor shall be notified within one business day on any aspect that does not fully comply with DOC expectations. 100% of the specified performance must be completed on or before assigned due dates. Performance slippage will be documented and brought to the attention of the COR within one business day of occurrence. If the COR instructions are unclear, the Contractor has three business days to get further clarification from the COR. Offerors are required to meet or exceed all of the stated performance requirements. These requirements will be measured through close monitoring by the Contracting Officer s Representative, COR, or the Task Managers and the monthly status reports. Any deviations from the stated objectives must be fully documented and explained by the Contractor. The Contractor shall complete the Performance Requirements Summary table which is available upon email request from the Contracting Officer using the performance requirements, measures, and suggested surveillance. It shall also include any additional performance measures proposed based on the solution offered. Offerors are requested to provide additional proposed performance measurements and standards in a table that includes: Required Services and Performance Measures Plan as part of their offer. The Government will utilize the Performance Requirements Summary to incorporate a Quality Assurance Surveillance Plan after award. For proposal purposes the Government is estimating a ninety day transition period for the Offer to transition existing services. FACTOR 2 - Past Experience: Offerors shall provide three references, within the past five years, for which the offeror has provided products, services similar in size and scope to those under this RFP. The Offeror shall include the company/agency name, Point of Contact, telephone number; fax number and e-mail address, and FACTOR 3 - Price. A contract will not be awarded unless the Lowest Price Technically Acceptable (LPTA) offer is less than the Government proposal. Offerors shall provide a firm-fixed unit price for each CLIN including Optional CLINs and this material shall include all pricing assumptions. For pricing evaluation assume that the Transition Period is ninety days from Contract Award commencing on April 2, 2007. Therefore, the Base terms of operational services will consist of nine consecutive months starting on July 2, 2007. The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, each offeror shall provide its best terms from a cost or price and technical standpoint with its initial offer. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. If the Contracting Officer determines that the number of proposals that would otherwise be in the competitive range exceeds the number at which an efficient competition can be conducted, the Contracting Officer may limit the number of proposals in the competitive range to the greatest number that will permit an efficient competition among the most highly rated proposals. FAR CLAUSES FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items applies to this acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government (Jul 1995). Other clauses included are FAR 52.216-18, Ordering (Oct 1995), FAR 52.217-9, Option to extend the Term of the Contract (Mar 2000) and Department of Commerce Agency-Level Protest Procedures Level Above the Contracting Officer (Dec 1996) (which can be found at http://oamweb.osec.doc.gov/CAPPS_car.html). GOVERNMENT FURNISHED PROPERTY (GFP) FAR 52.245-19 Government Property Furnished ?As Is.(APR 1984) applies to this acquisition. The GFP is provided in the attached Performance Work Statement. NOTICE OF POTENTIAL NON-GOVERNMENT EVALUATION Offerors are advised that the Government may utilize the services of non-Government personnel to evaluate portions of the proposals submitted hereunder. Any such non-Government evaluators will execute confidentiality and conflict of interest certifications prior to participating in proposal evaluation. By submission of a proposal in response to this solicitation, the Offeror gives its written permission for evaluation of its proposal by non-Government personnel. INVOICING The Contractor shall submit invoices for received deliverables as follows: provide an original invoice for payment to the Department of Commerce, National Institute of Science and Technology (NIST) Accounts Payable Office at: NIST Accounts Payable Office, Bldg 101, Room A-836 MS, 1621; 100 Bureau Drive; Gaithersburg MD, 20899. Telephone: (301) 975-2261; Fax: (301) 975-8283; Email: invoice@nist.gov. NIST will forward the invoice and a payment authorization form, NIST-162 Form or other document/voucher authorizing Government payment, to the COR or COTR. The COR will return the invoice and the signed payment authorization form to NIST for payment. PROVISIONS The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. In accordance with FAR 52.212-1, Offerors must show the solicitation number, the time specified in the solicitation for receipt of offers, the name, address, and telephone number of the offeror, a technical description of the items being offered in sufficient detail to evaluate compliance with the requirements, price, and remit to address, if different than mailing address. Offerors must include a completed copy of the provision at FAR 52.212-3, Offerors Representations and Certifications-Commercial Items, with its offer. If the quote is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in this solicitation. FAR 52.212-2, Evaluation-Commercial Items applies to this acquisition. In order to submit a complete response to this RFP, Offerors shall submit, at a minimum, the following information by the date and time specified for receipt of offers: FACTOR 1 Technical Approach. Resumes, not-to-exceed three (3) pages in total demonstrating the key personnel capabilities that will provide the services; Technical approach shall not exceed two pages shall not exceed two pages each: a) the cost reduction management plan which will detail the contractor?s plan to reduce cost by at least10%. b) the Transition Management Plan, and c) a Performance Requirements Summary plan. FACTOR 2 Past Experience. a) provide at least three samples of photographic work within the last 3 years that display the offerors related experience, (Include the company/agency name, Point of contact, telephone number; fax number and e-mail address, contract data including the contract number, dollar value, and period of performance of the effort), b) provide a brief description of the photographic work, and c) provide three references that shall not exceed 1 page per reference. FACTOR 3 Price. Offers shall include pricing for all CLINs and this element has no page limitations. All Offerors shall provide a firm-fixed unit price for each CLIN including optional CLINs and this material shall include all pricing assumptions. For purposes of the pricing evaluation assume a Transition Period of ninety days committing on April 2, 2007, and an operational Base Period of nine consecutive months. Optional periods of performance will extend the period of performance by 12 months each. The Defense Priorities and Allocations System (DPAS) does not apply to this acquisition. All offers shall be typed, single-space, utilizing any font supported by Microsoft Office. Font size must be readable to the human eye without strain, and printed, unreduced in size, on 8-1/2 inch by 11 inch paper, not exceeding the page limitations stated above. Fold out pages, not-to exceed two folds, will count as one page. Graphs, table font, and graphics font size must be readable to the human eye without strain. The evaluation team must be able to read ALL text. The page limits do not include tabs, dividers, coversheets, table of contents, definitions or list of acronyms, list of tables and figures, and graphs. Any pages in excess of those identified in this section will be disregarded, and will not be included in the proposal evaluation. Any font that is not readable to the human eye without strain will be REJECTED from the evaluation and shall not be considered for award. The Government anticipates making one award under this solicitation. However, the Department of Commerce is under no obligation to make an award, and in fact, may not make any award under this solicitation. This acquisition is at all times, subject to the availability of funds. Offerors shall submit (1) electronic offer by email to wclare@doc.gov; and, (1) electronic proposals on CD-ROM, with three (3) original paper copies of its offer to U.S. Department of Commerce, CAS, OS Business Solutions Team, SOL: SA13017RP0007, 14th & Constitution Ave. N.W., Room 6520, Washington, DC 20230, Attn: Wendy M. Clare. The closing date for receipt of proposals is 12:00 PM local time, March 19, 2007. It is the Vendor's responsibility to ensure receipt of all applicable documents. FAX SUBMISSIONS SHALL NOT BE ACCEPTED. Questions regarding this acquisition should be forwarded to Wendy M. Clare: 202-482-5338, e-mail (e-mail is preferred) wclare@doc.gov. Questions for this Solicitation will not be accepted after March 5, 2007, by 10:00 a.m. EST. This Solicitation shall not be construed as a commitment of any kind. Notification of any changes (amendments) to the solicitation will be made only on the FEDBIZOPPS website. It will be the contractor's responsibility to check FEDBIZOPPS website for any posted changes. Reference Attachment A Response to Questions; Attachment B Performance Work Statement, including GFP; and, Attachment C Workload Data Performance Decision date is: March 28, 2007 REPRESENTATIVES The Department of Commerce Competitive Sourcing Official is Mr. Otto Wolf, Chief Financial Officer. The Agency Tender Official is Mr. Ronald Bell. CURRENT POINT OF CONTACT is Wendy Clare, Contract Officer, Phone 202-482-5338, Fax 202-482-4988, E-mail wclare@doc.gov - Mike Anastasio, Contracting Officer, Phone 202-482-2774, Fax 202-482-4988, E-mail manastasio@doc.gov.
 
Place of Performance
Address: Department of Commerce, 1401 Constitution Ave, NW,, Washington, DC,
Zip Code: 20230
Country: UNITED STATES
 
Record
SN01236590-W 20070224/070222220301 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.